SOURCES SOUGHT - iTAQ Univ SYBR 1-STEP kits, 500 reactions
ID: 12905B25SS1146443Type: Sources Sought
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PWA AAO ACQ/PER PROPALBANY, CA, 94710, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service, is seeking information from qualified sources regarding the availability of forty iTAQ Univ SYBR 1-STEP kits, each capable of 500 reactions, to support ongoing research at the US Salinity Laboratory in Riverside, California. This Sources Sought notice is intended for market research purposes only and does not constitute a solicitation for proposals or quotations. The kits are essential for conducting long-term experiments, and the government is particularly interested in responses from small businesses, including those that are HUBZone, service-disabled veteran-owned, 8(a), veteran-owned, woman-owned, or small disadvantaged businesses. Interested vendors must submit their capability statements, including relevant past performance and size standards, to the primary contact, Amber Henderson, at amber.henderson@usda.gov by the specified deadline. Responses should not include proprietary or sensitive information, and the government will not compensate for any costs incurred in the preparation of responses.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure diagnostic test kits for Theileria equi and Babesia caballi at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The BPA aims to ensure the availability of these essential diagnostic tools to support livestock disease control efforts, with a total ceiling of $2 million for all orders over the contract period from February 1, 2024, to January 31, 2029. Interested vendors are encouraged to submit quotations by January 22, 2026, detailing their pricing, qualifications, and compliance with regulatory requirements, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors may contact Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535.
    MALDI-TOF Mass Spectrometer
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, has issued a Combined Synopsis/Solicitation notice for the procurement of a MALDI-TOF Mass Spectrometer. This instrument is used in analytical laboratories for the identification and analysis of various substances. The procurement is set aside for small businesses and the place of performance is in Ames, Iowa, United States. The solicitation is for a Firm Fixed Price contract and the basis for award is Lowest Price Technically Acceptable (LPTA). Interested contractors must submit their quotes electronically by July 26, 2024, and must be registered in the System for Award Management (SAM). The contract documents can be found on the government webpage and any amendments will be posted there as well.
    SOURCES SOUGHT: Firm Fixed-Price, Commercial Item, Delivery/Task Order to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota. POP: Base Plus Four (4) Option Years
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU) at the Fort Yates IHS Hospital in North Dakota. The procurement aims to enhance laboratory services by supplying essential reagents for the Abbott Architect i1000SR Immunoassay Analyzer, which will be used for various diagnostic tests, including the detection of proteins, allergens, drugs, and infectious diseases. Timely delivery is crucial, with a requirement for items to be shipped within seven days and the capability for expedited overnight shipping in urgent situations. Interested parties must respond to the Sources Sought notice by providing their company information and identifying their business status in relation to the specified NAICS code (424210) by the deadline, with all submissions directed to David Jones at the Great Plains Area Indian Health Service.
    Qty one (1) Multimode plate reader with duel reagent injection and a plate stacker for up to 30 microplates
    Buyer not available
    The Department of Defense, specifically the Army Research Laboratory, is seeking potential suppliers for a multimode plate reader equipped with a dual reagent injection module and an automated plate stacking system. The procurement aims to identify a device that meets specific technical requirements, including fixed bandwidth monochromator-based fluorescence and UV-Vis absorbance compatibility, which are crucial for analytical laboratory applications. This opportunity is part of the government's effort to engage various industry members, particularly small businesses, to foster competition for future solicitations. Interested parties are encouraged to submit their capabilities, business classifications, past performance, and manufacturing origins within five days of the notice, with inquiries directed to David Erb at david.j.erb4.civ@army.mil or by phone at 520-672-9596.
    CDC DFWED NARST Sensititre Supplies
    Buyer not available
    The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
    Anti-human IgG Fc Capture Biosensors
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to supply Anti-human IgG Fc Capture Biosensors for research at the Vaccine Research Center (VRC). This Sources Sought Notice, identified as SS-NIAID-25-2255392, aims to assess the capabilities of potential suppliers for biosensors that are compatible with the Octet HTX system, which are crucial for measuring protein interactions in vaccine development efforts against pathogens such as HIV-1 and SARS-CoV-2. Vendors are invited to submit a capability statement by March 12, 2025, detailing their qualifications, while adhering to Small Business Administration size standards and indicating interest in socio-economic business categories. Interested parties should direct their responses through the NIAID's electronic Simplified Acquisition Submission System (eSASS), noting that this notice does not obligate the government to award contracts and that all submissions will be reviewed at the government's discretion. For further inquiries, vendors may contact Leah Hinson at leah.hinson@nih.gov.
    Ambr 250 High Throughput Bioreactor System
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract for the Ambr 250 High Throughput Bioreactor System to Sartorius Stedim North America, Inc. This procurement aims to enhance the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research by developing a monoclonal antibody production capability, which is critical for producing biologics and therapeutics to address military-relevant infectious disease threats. The bioreactor system must support up to 12 simultaneous cultures, comply with current Good Manufacturing Practices (cGMP), and include features such as automated liquid handling and extensive control capabilities. Interested parties may submit their capability information by 2:00 p.m. EST on March 27, 2025, to Ms. Brenda Mena at brenda.i.mena.civ@health.mil, as this notice is not a request for competitive quotations.
    Protein Biologic Analyzer
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking sources for a Protein Biologic Analyzer, as part of a Sources Sought notice. This procurement aims to identify potential suppliers capable of providing analytical laboratory instruments that are crucial for the evaluation and analysis of protein biologics. Such instruments play a vital role in various scientific and industrial applications, including pharmaceuticals and biotechnology, where precise measurement and analysis of biological materials are essential. Interested vendors can reach out to Jennifer Priebe at jennifer.priebe@nist.gov or call 301-975-8717 for further information regarding this opportunity.
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
    Buyer not available
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
    Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking vendors to provide Bovine Spongiform Encephalopathy (BSE) sample collection services across various cattle populations in the U.S. The procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, focusing on vendors with access to targeted cattle demographics, to enhance the government's BSE surveillance efforts. This initiative is critical for ensuring animal health and public safety, as it involves the collection, documentation, and shipping of brain stem samples for testing, adhering to strict quality control standards. Interested vendors must submit their proposals by 12:00 PM EST on November 20, 2025, with a minimum order requirement of $300 and maximum order limitations not exceeding $2.4 million, while also contacting Amanda Imlach at amanda.imlach@usda.gov for further inquiries.